HomeMy WebLinkAboutContract 63747-AD1CSC No. 63747-ADl
Addendum No. 1
Statement of Work
This Addendum No. 1 -Statement of Work (SOW) is made under the terms and conditions
established in the MASTER PROFESSIONAL SERVICES AGREEMENT between the CITY
OF FORT WORTH ("City") and COMPUNNEL SOFTWARE GROUP, INC. ("Vendor"),
the same being Fort Worth City Secretary Contract (CSC) No. 63747 (the "Master Agreement" or
"MSA").
This Statement of Work is made for the following purposes, consistent with the services defined
in the Master Agreement: Providing temporary staffing services to the City of Fort Worth for the
positions listed below. In particular, Vendor shall perform those functions identified below in the
Scope of Services, as such services are more fully detailed in the MSA
Section A. Scope of Services & Schedule
Department Requesting Position(s): Transportation and Public Works Department-Right of
Way Management Division. The City of Fort Worth is required to maintain copies of all the
current and historical infrastructure assets and right of way limits in possession of the City of Fort
Worth in support of public information requests. This data is maintained in digital and in the
Transportation and Public Works files. The Right of Way Management Division is also responsible
for coordinating utility coordination for city infrastructure projects.
The staff will be responsible for the following:
►Quality Control / Quality Assurance (QC/QA)•Check completeness, accuracy, currency, and formatting of every dataset•Record results on a standardized QC/QA checklist
►Assign / Verify Unique Identifiers•Confirm that each file carries a unique ID•Update metadata where IDs are missing or incorrect
►Package for GIS Upload•Convert or bundle verified files into GIS-ready formats•Include updated metadata and naming-convention validation report
►Handoff to PIO & Project-Support Team•Transmit the GIS-ready file package plus QC/QA documentation•Obtain written acknowledgment of receipts from both teams
►Utility Coordination Support•Provide back-office support to the Utility Coordinator.•Assist with the maintenance and management of data used in utility coordination.•Organize and update utility records, databases, and project documentation.•Ensure accuracy and timeliness of information to support coordination with utility
providers.
Other support includes assisting in responding to public information Request received to maintain
the required response times.
Department Requesting Position(s ): ___ ..,.;;T=r=an=sa,1;p=o=rt=a=ti=on�an=d.;a.P"""u=b=li=c--'W'-'--=or=k=s __
Assignment #1
Name oflndividual(s) Filling Position (if known): __ .,.aT-=B�D ____ _
Position Requested (Must be in Exhibit B of the MSA): _ Administrative Technician
# of above Positions Requested: _4"'-------
Location of Assignment: City Hall 1 00 Fort Worth Trail, Fort Worth. TX 761 02 __ _
Projected Start and End Dates for Assignment: _ Oct 13, 2025 -April 13th, 2026
Anticipated Total# of Hours: -----=-3-=-5-=-04""------
Hourly Billing Rate (Must be in Exhibit B of the MSA): _ __.$-=2 ___ 3 ____ .0 __ 4 ____ _
Total Anticipated Cost: $8 0732.16
Section B. Compensation, Reimbursable Expenses, and Billing Terms:Processing and payment
of fees, including the structure of payments and invoicing thereof, shall be in accordance with the
Master Professional Services Agreement
The total fee that shall be paid by City to Vendor for these services shall be in accordance with the
Master Service Agreement and, specifically, Exhibit "B"-Price Schedule. In submitting invoices,
Vendor shall reference the appropriate Statement of Work. Further, the Vendor shall separately
list the total amount for fees in which invoices were previously submitted during the then-current
annual contract period ( either initial term or renewal period) and the total amount of fees for the
entire period, including those amounts being requested under the then-current invoice.
Vendor shall submit invoices for Fees to Ricardo Matute within the Transportation and
Public Works Department (Ricardo.Matute@fortworthtexas.gov) and also submit a copy to
the Talent Acquisition Manager in the Human Resources Department, 100 Fort Worth Trail,
Fort Worth, Texas 76102.
CITY OF FORT WORTH, TEXAS:
By:�
Name: Jesica McEachem
Title: Assistant City Manager
Date: 10/19/2025
ATTEST:
� 1 � By: ..... �---------Name: Jannette Goodall
Title: City Secretary
Vendor: Compunnel Software Group, Inc
'Pre111a L. 'R.odda111BY : Prem a L. Roddam {Oct 9, 202514:28:57 COT)
Name: Prema Roddam
Title: General Counsel
Date: 10/09/2025
APPROVED AS TO FORM
AND LEGALITY:
By:
�
Name: Keanan Matthews Hall
Title: Sr Assistant City Attorney
RECOMMENDED BY:
LGLGLf''E Yfi P�''G�'GLf''
B�: Lauren Prieur (Oct 10, L025 08:13:35 CDT)
Name: Lauren Prieur
Title: Department Director
Contract Compliance Manager:
By signing I acknowledge that I am the person responsible for the monitoring and administration
of this contract, including ensuring all performance and reporting requirements.
vi�tor Es�obedo
VicLur Lsco�ecl� �.O:L lU, �Ll!LS U5:1]�.3� C� I;
Name: Victor Escobedo
Talent Acquisition Manager
CITY COUNCIL AGENDA
Create New From This M&C
DATE:
CODE:
6/24/2025 REFERENCE ��M&C 25-
NO.: 0580
P TYPE: CONSENT
LOG NAME:
PUBLIC
HEARING:
Official site of the City of Fort Worth, Texas
FO RT'��4`0 RT H
�-
13PP RFP 25-0082
TEMPORARY STAFFING
SERVICES DM HRD
NO
SUBJECT: (ALL) Authorize Execution of Non-Exclusive Agreements with Smith Temporaries, Inc.
dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC,
TRYFACTA, Inc., and 22nd Century Technologies, Inc. for a Three-Year Initial Term and
Two Two-Year Renewal Options in a Combined Annual Amount Up to the Listed
Identified Amounts for Temporary Staffing Services for All City Departments
RECOMMENDATION:
It is recommended that the City Council authorize execution of non-exclusive agreements with Smith
Temporaries, Inc. dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC,
TRYFACTA, INC., and 22nd Century Technologies, Inc. for a three-year initial term and two two-year
renewal options in a combined annual amount up to the listed identified amounts for temporary
staffing services for all City departments.
DISCUSSION:
This Mayor & Council Communication requests City Council authority to execute non-exclusive
agreements for temporary staffing services with Smith Temporaries, Inc. dba CornerStone Staffing,
Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies,
Inc. for a three-year initial term and two two-year renewal options in a combined annual amount up to
the listed identified amounts below:
Term Year Amount
Initial Year 1 $3,500,000.00
Initial Year 2 $4,025,000.00
Initial Year 3 $4,628,750.00
First Renewal Year 1 $5,323,062.50
Option
First Renewal Year 2 $6,121,521.88
Option
Second Renewal Year 1 $7,039,750.16
Option
Second Renewal Year 2 $8,095,712.68
Option
The Human Resources Department approached the Purchasing Division to solicit a bid for temporary
staffing services in the general categories of clerical, management, professional, service trades,
technical/para professional, and assistant department director. These services will be used by various
City departments. Purchasing issued Request for Proposal (RFP) No. 25-0082 for Temporary Staffing
Services which consisted of detailed specifications of the City's standards and requirements.
The RFP was advertised in the Fort Worth Star-Telegram on February 26, 2025, March 05, 2025,
March 12, 2025, March 19, 2025, March 26, 2025, and April 02, 2025. The City received a total of
seventy four (74) responses: Smith Temporaries, Inc. dba Cornerstone Staffing, Compunnel Software
Group, Inc., Openwork LLC, TRYFACTA, Inc., 22nd Century Technologies, Inc., Midtown Personnel,
Inc., AppleOne, Inc., Infojini, Inc., Cogent Infotech Corporation, Abacus Service Corporation,
Recruiting Source International, Abacus Corporation, Lancesoft, Inc., Ad-A-Staff, Inc., Radgov, Inc.,
My Next Career Path Staffing, LLC, Express Employment Professionals, DatamanUSA, LLC,
Syntricate Technologies, Inc., Alltex Staffing and Consulting, Harris-Jones Staffing & Recruiting,
LLCA, Risun Solutions, Inc., Keystaff, Inc., Upsela Talent Solutions, Inc., Health Advocates Network,
Inc., I Staff Solutions, Inc., Drake Nelson, LLC, Mando Technologies, Inc., Hart Employment Services,
Rudra Enterprise, LLC, IMCS Group, Inc., Healthcare Staffing Professionals a TrueBlue Company,
HCL Global Systems, Inc., Napa Analytics LLC, Sonus Software Solutions, Inc., TeamGlobal,
MyBasePay USA, LLC, A& Associates, Absolute Information Technologies, Inc., A-Line Staffing,
Advanced Proactive Solutions, LLC, ALOIS, LLC, Apsan Technologies, Beatty's Services, Inc.,
BridgeWork Partners, Centstone Services, LLC, Coil Digital Consulting, Diskriter, Inc., Donato
Technologies, Esolvit, Inc., Fuchsia Services, Inc., Global Force USA, Hanker Systems, Inc., Ho2
Systems, LLC, InnoSoul, Inc., InstantServe, LLC, Marathon Staffing, MDMartin, LLC, MGT Impact
Solutions, LLC, Millennium Franchise Group, LLC dba Hacking Solutions, Net2Source, Noor Staffing
Group, LLC, NRT Group, Peak Performers, Laine Federal Solutions, Procom Services America, Inc.,
Prolim Global Corporation, Qultek Consultants, Inc., Sigma, Inc., Simarn, LLC, Staffing Boutique, Inc.,
Technostaff, LLC, VanderHouwen, and E-Solutions, Inc.
An evaluation panel, consisting of representatives from the Human Resources Department, evaluated
and scored the submittals using Best Value criteria. The individual scores were averaged for each of
the criteria, and the final scores are listed in the table below.
TeamGlobal, MyBasePay USA, LLC, and E-solutions, Inc. were deemed non-responsive by
the Business Equity Division within the Diversity & Inclusion Department.
A& Associates, Absolute Information Technologies, Inc., A-Line Staffing, Advanced Proactive
Solutions, LLC, ALOIS, LLC, Apsan Technologies, Beatty's Services, Inc., BridgeWork Partners,
Centstone Services, LLC, Coil Digital Consulting, Diskriter, Inc., Donato Technologies, Esolvit, Inc.,
Fuchsia Services, Inc., Global Force USA, Hanker Systems, Inc., Ho2 Systems, LLC, innoSoul, Inc.,
InstantServe, LLC, Marathon Staffing, MDMartin, LLC, MGT Impact Solutions, LLC, Millennium
Franchise Group, LLC dba Hacking Solutions, Net2source, Noor Staffing Group, LLC, NRT Group,
Peak Performers, Laine Federal Solutions, Procom Services America, Inc., PROLIM Global
Corporation, Qultek Consultants, Inc., Sigma, Inc., Simarn, LLC, Staffing Boutique, Inc., Technostaff,
LLC, and VanderHouwen were deemed non-responsive as they did not submit all of the required
documentation to be evaluated.
Mando Technologies, Inc., Hart Employment Services, Rudra Enterprise, LLC, IMCS Group, Inc.,
Healthcare Staffing Professionals a TrueBlue Company, HCL Global Systems, Inc., Napa Analytics,
LLC, and Sonus Software Solutions, Inc. were deemed non-responsive as it did not score at least 50\
% or more of the total points available for the technical criteria necessary for price evaluation.
Abacus Corporation, Ad-A-Staff, Inc., AIITex Staffing and Consulting, DatamanUSA, LLC, Drake
Nelson, LLC, Express Employment Professionals, Harris-Jones Staffing & Recruiting, LLCA, Health
Advocates Network, Inc., I Staff Solutions, Inc., KeyStaff, Inc., LanceSoft, Inc., My Next Career Path
Staffing, LLC, RADgov, Inc., Recruiting Source International, Risun Solutions, Inc., Syntricate
Technologies, Inc., and UpSela Talent Solutions, Inc. were removed from the evaluation process
during the technical review portion. They were not further evaluated due to their lower relative
technical scores, and no pricing evaluation was conducted for these submissions.
Due to the high volume of proposals and to ensure a manageable and thorough review, the top-
ranked vendors based on technical scoring were shortlisted for further consideration. Pricing points
were applied only to these top 10 vendors. Only those staffing positions that all top 10 shortlisted
vendors bid on were used in the pricing analysis. Pricing totals were calculated exclusively on these
common items, allowing for an equitable comparison across all vendors. All pricing information was
taken directly from each vendor's submitted bid table.
The RFP specified the use of the following Best Value Criteria:
a. Cost
b. Experience working as a temporary staffing agency for large organizations
c. Infrastructure in place to be able to provide quality and timely service for large organizations
d. Experience providing temporary staffing services to municipalities
e. Recruitment Process and Methodology
Supplier Evaluation Criteria Total Rank
a. b. c. d. e.
Smith Temporaries, Inc. 26.65 13.50 20.83 13.50 13.50 87.98 1
dba Cornerstone Staffing
Compunnel Software 2g.59 12.50 20.00 12.00 11.50 85.59 2
Group, Inc.
Openwork LLC 30.00 11.50 20.00 11.00 10.50 83.00 3
TRYFACTA, INC. 26.24 12.50 20.00 12.00 9.50 80.24 4
22nd Century Technologies, 25.75 12.00 18.33 12.00 12.00 80.08 5
Inc.
Midtown Personnel Inc 2�•09 12.00 19.17 9.00 11.00 78.25 6
AppleOne, Inc. 23.96 11.50 18.33 11.00 10.50 75.30 7
Infojini, Inc. 22.44 11.50 19.17 11.50 10.50 75.11 8
COGENT Infotech 19.54 11.00 19.17 11.00 10.00 70.71 9
Corporation
Abacus Service Corporation 14.84 11.50 18.33 11.00 12.00 67.68 10
After evaluation, the panel concluded that Smith Temporaries, Inc. dba Cornerstone Staffing,
Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies,
Inc. presented the best value to the City. Therefore, the panel recommends that City Council authorize
non-exclusive agreements to these five vendors. No guarantee was made that a specific amount of
these services would be purchased. Staff certifies that the recommended vendors' proposal
met specifications.
BUSINESS EQUITY: The Business Equity Division placed a 14.60\% business equity goal on this
solicitation/contract. Smith Temporaries, Inc. will be exceeding the goal at 15\%, meeting the City's
Business Equity Ordinance. Compunnel Software Group, Inc., has agreed/committed to utilize 14.60\
% business equity subcontractor participation for the scope of work, meeting the City's Business
Equity Ordinance. 22nd Century Technologies, Inc. and Tryfacta Inc., will be exceeding the goal at
100\% as a Business Equity Prime and self- performing the scope of the services, meeting the City's
Business Equity Ordinance. Openwork LLC submitted a Prime Waiver Form, which is in accordance
with the City's Business Equity Ordinance. Openwork LLC, will be self-performing the entire scope of
the contract. Any changes in subcontractors will be reviewed by the Business Equity Division.
AGREEMENT TERM: Upon City Council approval, the initial term of these non-exclusive agreements
will begin on September 2, 2025 and expire on September 30, 2028. The combined annual amount of
these agreements is up to $3,500,000.00 for the first year of the initial term, $4,025,000.00 for the
second year of the initial term, and $4,628,750.00 for the third year of the initial term; However, the
actual amount used will be based on the needs of the department and available budget. A 15\%
annual increase is being requested to support the City's acquisition of MedStar and integration of
Emergency Medical Services (EMS) personnel.
RENEWAL OPTIONS: These Agreements may be renewed for up to two two-year renewal terms. The
combined annual amount for renewal options is up to: $5,323,062.50 of the first year of the first
renewal term, $6,121,521.88 of the second year of the first renewal term, $7,039,750.16 of the first
year of the second renewal term, and $8,095,712.68 of the second year of the second renewal term.
This action does not require specific City Council approval, provided the City Council has appropriated
sufficient funds to satisfy the City's obligation during the renewal term.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by
the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not
require specific City Council approval as long as sufficient funds have been appropriated.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as
previously appropriated, in the participating departments' General Funds to support the approval of
the above recommendation and execution of non-exclusive agreements. Prior to an expenditure
being incurred, the participating departments have the responsibility to validate the availability of
funds.
BQN\\
TO
Fund Department Account Project
ID ID
FROM
Fund Department Account Project
ID � ID
Submitted for Citv Manaqer's Office bv:
Program Activity
Program Activity
Budget Reference # Amount
Year (Chartfield 2)
Budget Reference # Amount
Year (Chartfield 2) �
Oriqinatinq Department Head:
Reginald Zeno (8517)
Dianna Giordano (7783)
Reginald Zeno (8517)
Holly Moyer (7847)
Additional Information Contact: Brandy Hazel (8087)
Denise Medrano (8063)
ATTACHMENTS
25-0082 (RFP Temporary Staffinq Services) Final-CC.pdf (CFW Internal)
Form 1295 - SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING.pdf (CFW Internal)
Form 1295 Certificate - 22nd Century Technoloaies, Inc.pdf (CFW Internal)
Form 1295 Certificate - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal)
Form 1295 Certificate - Openwork LLC.pdf (CFW Internal)
Form 1295 Certificate - TRYFACTA, INC..pdf (CFW Internal)
SAM - 22nd Century Technoloqies, Inc.pdf (CFW Internal)
SAM - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal)
SAM - Openwork LLC.pdf (CFW Internal)
SAM - SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING.pdf (CFW Internal)
SAM - TRYFACTA, INC..pdf (CFW Internal)
SOS - 22nd Century Technologies, Inc.pdf (CFW Internal)
SOS - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal)
SOS - Openwork LLC.pdf (CFW Internal)
SOS - SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING.pdf (CFW Internal)
SOS - TRYFACTA, INC.pdf (CFW Internal)
http://apps.cfwnet.org/council�acket/mc_review.asp?ID=33441&councildate=6/24/2025 6/26/2025